HomeMy WebLinkAbout1990-1002651L-3/3689
NA
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE
AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City has solicited, received and tabulated
competitive bids for the construction of public works or
improvements in accordance with the procedures of state law and
City ordinances; and
WHEREAS, the City Manager or a designated employee has
received and recommended that the herein described bids are the
lowest responsible bids for the construction of the public works
or improvements described in the bid invitation, bid proposals
and plans and specifications therefore; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That the following competitive bids for the
construction of public works or improvements, as described in the
"Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according
to the bid number assigned hereto, are hereby accepted and
approved as being the lowest responsible bids:
BID NUMBER
CONTRACTOR AMOUNT
1121 Sun Commercial Roofing $ 10,700.00
SECTION II. That the acceptance and approval of the above
competitive bids shall not constitute a contract between the City
and the person submitting the bid for construction of such public
works or improvements herein accepted and approved, until such
person shall comply with all requirements specified in the Notice
to Bidders including the timely execution of a written contract
and furnishing of performance and payment bonds, after notifi-
cation of the award of the bid.
SECTION III. That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of
the construction of the public works or improvements in
accordance with the bids accepted and approved herein, provided
that such contracts are made in accordance with the Notice to
Bidders and Bid Proposals, and documents relating thereto
specifying the terms, conditions, plans and specifications,
standards, quantities and specified sums contained therein.
SECTION IV. That upon acceptance and approval of the above
competitive bids and the execution of contracts for the public
works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in
the amount as specified in such approved bids and authorized
contracts executed pursuant thereto.
SECTION V. That this ordinance shall become effective
immediately upon its passage and approval.
PASSED AND APPROVED this the e day of ,
1990. 6r-.
BOB CASTLEBERRY, MAY R
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY:
PAGE 2
DATE: JULY 17, 1990
CITY COUNCIL REPORT
TO: Mayor_ and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1121 - ROOF REPAIR POWER PLANT
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder meeting specification, Sun Commercial Roofing, in a total
amount of $10,700.00.
SUMMARY: This bid is for contracting to reroof a section of the
Electric Production Plant located on Spencer Road.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Budgeted funds for
Electric Production.
FISCAL IMPACT: Account # 610-080-0251-8301.
Respectfully submitted:
L oyd V. Harrell
City Manager
Prepared by:
Name: Denise Manning
Title: Senior Buyer
Approved:
Name: TorF-1D. Shaw, C.P.M.
Title: Purchasing Agent
033.DOC
1— M
1
1
I
rn I
IMA
m
II M M.
I=I
I
m I
m
Im
m
I
I
m 1
= I
:91 I=
= =
4
IZ, I
'MI
mi
I
m I
Yy mm
w
m
1-- W
01
1
I=`1
U)
U3 I�= z - ISJ �I,
—4 w
m
IS, fil
45i
I
I
U, w
I:V4
1
IT I
m ril
rn
m
M-
U, IMI lil
w
I
I
:xl I
I
m 11
MI w IM,
'MI � I-M
IM, M;I IZ)
M;
I
I
1
Cl I
ui
17-
17- I=, FI)
G4
I
I
= M
Iw M) I_n
Is,
Is,
I
I
co
r"Nt IMI
ul QI 'm m
I
=j I
IM
I Ii'l1
frY
S+
r1
r,[J "Il �f GI ::] 'yT'
ISJ
1 1
:X,I
-•
I�
r*1
Gn
x
r_= —{ neI
=
14
m
m xr ""' Cr :Yl
171
I m 1
Rl I
I_'aS
rn
fn
'3.
M M.
rn M.
IAY
I :1 1
Il)
1 1
i
�•O
x,
ri
I M 1
,Sl
2
rn
1 rl} 1
W.
I CP 1
y�
y
Z1
,1
1 4:} 1
T}
1 ti I
1'-
1 1
x.
1 1
1 I
1 I
>+
I 1
IlJ
co
IT •• I-'.
.-
IGSS M W! 4
Jl
PSP N
1!a7 15S °W"
C9
NSP
I I
1 I
I l
?I
f5} I$Y 6?
ISp
_I
I 1
I
IF
I I
I I
rl
w
1 I
r_J
C 1
Z
s
xr xr .W
r.l
1 m 1
i 1
:2% ITl
�n
In
L-1 l J -. I'..[P y(r
µ]
1 L1 1
C'J 21
I^sP Gn ! d
rSl
I :x l
-a ICY
r�'P f.'H LfP
Cil
1 I
i I
,iG
151 ISy YS?
1 1
Oil
19 r.9P 15P
MI
p�
1 I
I I
I I
r=I
tr
C i
m 1
s m
17 .TI
rtl
V1
ni
l,rJ
xr v r .Kr rr- w
Ir
x.
P ICY I
I LI
'-n -{
Im ISP
m SP
ra
ro
1 :xl
ml �Y
I I
m m
6l
ISP ISP
m 'Mm
C5P
I I
i
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )
THIS AGREEMENT, made and entered into this 18 day of July
A.D., 19 90, by and between The City of Denton
of the County of Denton and State of Texas, acting through Lloyd V.
Harrell thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and Sun Commercial
r Roofin , 2419 Southwell Road Dallas Texas 75229
t
of the City of Denton , County of
Denton
and State of Texas Party of the Second Part, hereinafter
termed CONTRACTOR
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
Bid#1121 Roof Repair Power Plant, at $10,700.00
and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the conditions
and prices stated in the Proposal attached hereto, and in accordance with all
the General Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance
and Payment Bonds, all attached hereto, and in accordance with the plans,
which includes all maps, plats, blueprints, and other drawings and printed or
CA-1
0114s
written explanatory matter thereof, and the Specifications therefore, as
prepared by ThP rite of nentnn Pnrrhaning Staff
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
SPECIAL CONDITIONS
independent Status
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall not be
deemed to be or considered an employee of the City of Denton, Texas, for the
purposes of income tax, withholding, social security taxes, vacation or sick
leave benefits, worker's compensation, or any other City employee benefit.
City shall not have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall perform the
services hereunder according to the attached specifications at the general
direction of the City Manager of the City of Denton, Texas, or his designee
under this agreement.
Indemnification
Contractor shall and does hereby agree to'indemnify and hold harmless
the City of Denton from any and all damages, loss, or .liability of any kind
whatsoever, by reason of injury to property or third persons occasioned by any
error, omission or negligent act of Contractor, its officers, agents,
employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost
and expense, defend and protect the City of Denton against any and all such
claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and
venue for its construction and enforcement shall lie in the courts of Denton
County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and•Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
CA-2
0114s
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in!the year and day first above written.
.Girl Z?�LI'�C
CA-3
Party of`s' - OWN R
:y
(SEAL)
Party of_t
tle
(SEAL)
Second Part,
0114s
CITY OF DENTON
INSURANCE MINIMUM REQUIREMENTS
INSURANCE:
Without limiting any of the other obligations or liabilities of
the Contractor, the Contractor shall provide and maintain until
the contracted work and/or material has been completed/delivered
and accepted by the City of Denton, Owner, the minimum insurance
coverage as indicated hereinafter.
Satisfactory certificate(s) of insurance shall be filed with the
Purchasing Department prior to starting -any construction work
or activities to deliver material on this Contract. The
certificate(s) shall state that thirty (30) days advance written
notice will be given to the Owner before any policy covered
thereby is changed or cancelled. The bid number and title of the
project should be indicated, and the City of Denton should also
be listed on all policies as an additional named insured. To
avoid any undue delays, it is worth reiterating that:
o Thirty (30) days advance
or cancellation shall be
o The City of Denton shall
all policies.
written notice of material change
given;
be an additional named insured on
I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This
insurance shall protect the Contractor against all claims
under applicable state workmen's compensation laws. The
Contractor shall also be protected against claims for
injury, disease, or death of employees which, for any
reason, may not fall within the provisions of a workmen's
compensation law.
The liability limits shall not be less than:
o Workmen's Compensation - Statutory
o Employer's Liability - Statutory
II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall
be written in comprehensive form and shall protect the
Contractor against all claims for injuries to members of
the public and damage to property of others arising from
the use of motor vehicles licensed for highway use,
whether they are owned, nonowned, or hired.
The liability limits shall not be less than:
o A combined single limit of $500,000.00
III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be
written in comprehensive form and shall protect the
Contractor against all claims arising from injuries to
members of the public or damage to property of others
arising out of any act or omission of the Contractor or
his agents, employees or subcontractors.
CI - 1
To the extent
direction, may
underground ope
coverage shall
explosion, col]
property,
the Contractor's work, or work under his
require blasting, explosive conditions, or
rations, the comprehensive general liability
contain no exclusion relative to blasting,
apse of buildings, or damage to underground
The liability limits shall not be less than:
o A combined single limit of $500,000.00
IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This
insurance shall provide coverage for the Owner and its
employees, in the name of the City of Denton, for
liability that may be imposed arising out of the work
being performed by the Contractor. This also includes
liability arising out of the omissions or supervisory acts
of the Owner. Although this insurance is strictly for the
benefit of the Owner, the Contractor is responsible for
obtaining it at his expense.
The liability limits shall not be less than:
o A combined single limit of $5000000.00
INSURANCE SUMMARY:
The Contract 'shall provide insurance to cover operating hazards
during the period of placing the facility in operation and during
testing, and until such time as the facilities ar.e completed and
accepted for operation by the Owner and written notice of that
fact has been issued by the Owner. Approval of the insurance by
the Owner shall not in any way relieve or decrease the liability
of the Contractor hereunder. It is expressly understood that the
Owner does not in any way represent that the specified limits of
liability or coverage or policy forms are sufficient or adequate
to protect the interest or liabilities of the Contractor.
Again, the Owner shall be given a certificate of insurance
indicating that all of the above policies and the appropriate
limits are indeed enforced. The certificate shall also indicate
that the Owner will be given at least thirty (30) days written
notice of cancellation, non -renewal, or material change of the
required insurance coverage. All responsibility for payment of
any sums resulting from any deductible provisions, corridor or
self -insured retention conditions of the policy or policies shall
remain with the Contractor. The Contractor shall not begin any
work until the Owner has reviewed and approved the insurance
certificates and so notified the Contractor directly in writing.
Any notice to proceed that is issued shall be subject to such
approval by the Owner.
CI - 2
CERTIFICATE OF INSURANCE
CITY OF DENTON
Name and Address of Agency
City of Denton Reference:
Project Name:
Project No:
Project Location:
Phone
Managing Dept:
Name and Address of Insured:
------------ -----------------------------------
Companies Affording Coverage:
A
B
C
Phone
This is to certify that: 1) Policies of insurance listed
below have been issued and are in force at
this time.
2) The City of Denton is listed as an additional insured
as to all applicable coverage.
Expiration Limits of Liability
Company
Letter Type of Insurance Policy
Number Date In Thousands 000
Comprehensive General Liability
Occurrence
- Occurrence
- Claims Made (see 94-Page CI-4)
Bodily Injury
$
Broad Form to Include:
Property Damage
$
- Premises/Operations
- Independent Contractors
- Products/Completed Operations
Bodily injury and Property
$
- Personal injury
Damage Combined
- Contractual Liability(see 93-Page CI-4)
- Explosion and Collapse Hazard
- Underground Hazard
- Liquor Liability Coverage
- Fire Legal Liability (see #5-Page CI-4)
- Broad Form Property Damage
--- —
_ -
- Professional Errors/Omissions
- occurrence
- claims made (see #4-Page CI-4)
Comprehensive Automobile
Bodily Injury/Person
Bodily Injury/Accident
Liability
- Owned/Leased Owned/Leased Automobiles
Property Damage- — ---
$
- Non -awned Automobiles
- Hired Automobiles
Bodily Injury/Property
i
Damage Combined
- Workers' Compensation and
Statutory Mount
;
Employers' Liability
each -accident
- Owners' Protective Liability
_
Other Insurance
Description of Operations/Locations/Vehicles.
thirty (30) days notice of cancellation, non -renewal, or material change in
coverage.
Each policy shall require
(See #2, Page CI-4).
Name and address of Certificate Holder.
CITY OF DENTON, TEXAS
PURCHASING AGENT
901-B TEXAS ST.
DENTON, TEXAS 76201
AUTHORIZED REPRESENTATIVE
SEE DEFINITIONS ON PAGE CI-4 ATTACHED.
00451
CI - 3
DEFINITIONS
1. ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does
not apply to Worker's Compensation.)
2. NOTICE OF CANCELLATION: Each policy shall require that
thirty (30) days prior to the cancellation, non -renewal, or
any material change in coverage, a notice thereof shall be
given to owner by certified mail. If the policy is
cancelled for non-payment of premium only ten (10) days
written notice to owner is required.
3. CONTRACTURAL COVERAGE: (Liability assumed by contract or
agreement, and would not otherwise exist.) The contractual
liability requirement shown on the reverse side of this
Certificate of Insurance under Comprehensive General
Liability, must include a definition of coverage broad
enough to provide coverage for obligations assumed by the
contractor'in the referenced contract. This Certificate of
Insurance is provided as required by the governing contract.
4. CLAIMS MADE POLICY FORM: Required period of. coverage will
be determined by the following formula: Continuous
coverage for the life of the contract, plus one year (to
provide coverage for the warranty period), and a extended
discovery period for a minimum of five (5) years which
shall begin at the end of the warranty period.
5. FIRE LEGAL LIABILITY: (Required in all contracts that
involve the occupancy, construction or alteration of
City -owned or leased facilities.) Insurance is to cover
buildings, contents (where applicable) and permanently
installed equipment with respect to property damage to
structures or portions of structures if such damage is
caused by the peril of fire and due to the operations of
the contractor. Limit of liability is to be a minimum of
$500,000.
6. OWNER: The term owner shall include all authorities,
boards, bureaus, commissions, divisions, departments, and
offices of the owners, and individual members, employees,
and agents thereof in their official capacities, and/or
while acting on behalf of the owner.
CI - 4
PROJECT:' #31061290 • PAGE: 1 OF 4
+
BIDI 1121 REROOFING ATi DENTON-ELECTRIC'�_PRODOCTIONi PLANT
CITY- OF-DENTON
DENTON, TEXAS
"Sun C"ommercial Roofs „Inc
NAM& OF BIDDER Y '
19 9 0 ` ,
DATE. Y.
MS. DENISE'MANNING
CITY'OF-DENTON-.`
90 1-W, TEXAS' STREET:r
DENTON, TEXAS F6201 17
r
L 4.
Dea re Msa°"Manning
The undera igned,inccompliancera►ith your advertisement for Bide foreReroofing
on certain areas,: of. the,fol1o�ring�buiYding
DENTON.ELCTRIC•PRODUCTIONq.
,:PLANT,_1701 SPENCER, ROAD
CITY"OF,''DENTON .DENTOIi,,.TEXA3,,
have examined,,the,Drawings and' Specifications,,.together'aith'tha related.
documents:and-a IIV:dond'it,one..surrounding the -.work',: and having. vi"sited,the
sites^of the, proposed�work,-,hereby,::proposes to-.furnish-all,,work in. every-
detail'in; aceordanee::rith tha>Contract•:Doeaments: vi'thl-the-time: set: forth:..
herein: and at`,the prices stated bel'dw , . These. prices- shall;cover all: expenses.
incurred i'n:performing=,:the'work under'the ContracG'Documents,. of- which. the
Proposal is a part
.. y t: r kc f� tS � i.-4�n%bl.. ♦ n � - � c ,
Attaehed tiere�rith�,i pleaarfind ,.�fCasMsr�s Check)r(Cestified� Chock) # '4• ,:'.�,
t (Bid,Bond) in ths<amount:`of¢�� >"535 JO �zt
{ V 3 pY
Ffivezpercent (5z7 of tho<bid. K; ef,r x i �}
�.n -,�- ' b� .,
I `(or ae) acknoviedlipre_ceipttof ,the�follo�eing addenda
Z � � l+�Xv .�t7 N t«�5rz . i� ♦_t 1 ..
P
. (• 1 nn / i+. -. { 4 ` it 4 A "_
ADDENDA
ADDENDA #2. -(Initial). r
ADDENDA.f3.- (Initial)
" r t jbty rUi,
. 4 }
x . Diu i
PROJECT'#31061290 PAGE:2 OF' 4:=
w-
„>
BID' 1121:REROOFING '-AT DENTON;ELECTRIC PRODUCTION;PLANT:
CITY OF DENTON
DENTON',, TEXAS
CONTRACT: DOCUMENTS Having examined -the Proposal,,.'General Instructions, `.,
Materi'al's, Execution, Drevinga,"""and='Contract. for�Projects:$31061290;and
Conditions for Reroofing`-cork„andthaving:examiried. the premises and
circumstances affecting.the work, the undersigned offer y
OFFER.: 1 To -;furnish all>`2abor,tmaterial,`tools equipment ;,`Eransp'ortati`an,'
bonds;, all: applicable• taxes;:, incidentals„ andt other. facilities,_ and'- to-- perform
all:. work' -for the. sai& Reroofing for' the.following-,•facility.:
BASE BID - ROOF AREA D
i $17,,700
y t f K 4r n
1 '
UNIT PRICE.";:.,;..
,
14;-'Remove and replace. deteriorated Hailers $ per;Ylinear foot
2: Inseal'l 5-inch Joaam, Roc€; Drain $ 1000'• each..
Additi'onaf'cost over• and".,above'-thee„contract:amount'forr:weekend':or:overtime'
requested by the, Owner $:4 00s per man per hour
..: -,.r "- �.' r .• -
QUALIFICATIONS.: 2.:•Contractor. shall'fill in.bslow:material manufacturer's,. '
PROJECT Q31061290 PAGE 3 OF 4' .
BID 1121- REROOFING. AT: DENTON' ELECTRIC PRODUCTION PLANT
CITY. OF.- DENTON:
DENTON,. TEXAS: .
IIpon receipt of:: notice' of acceptance of. this bid,; within: thirty: (30)' days of: the -
date of thi"& prop'oeal';, I=.,(or we)`:agree:,to execute the_; formal, contract within. ten
days?thereafter ,• and to-deliver"a SURETY BONDin:, the, amount of:ONE.HUNDRED,'
PERCENT..(100%)�-of' thb,'.contract;tprice ,for sh'. faithful performance; of, the:contract,,
and, a ONE, HUNDRED PERCENT.(100R),STATUTORY PAYMENT: BOND
Theid-`agreea,rto comp Pete
undersigne-all: work shown ozu thw drawings: and in the:
speci'fications:withim the time: li'mits,set:forth below subject to additional days
that. may -.be: added 'duer-.to inclement weather,.andlor other justifiedand: reasonable
extensions:or:time.as:may,-ba,approved-by-the Owner.
Contractors that- are awarded':contracts: shall -.be• prepared'' to immediately sit. down.
with: City OE -Denton 'Represent atives:and'present. a• plan thg.t.will illustrate, how
progression of,-work-is-to;take•:, place' to insure completion'_9f`.all work -.within
specified:-time;+limits '.The time limits are: as follows:,
Ifi`a contractor .is awarded the pro7ect;;'pro3ect must'tie n completed withififteen
(1'5)' caiendar. days.or contractor. will; be subject. to, penalty -as seC.forth in the
specifications r 'hz
THE OFFICIAL. WEATHER:RECORD`WILL BE,'IKEPT_INITRE.CITY OF.'DENTON'DIRECTOR! OF
MAINTENANCE'& OFFICE
The undersigned,agreea that. the --owner,: may retain the sum of THREE HUNDRED`DOLLARS
($300'.00)•'•from,the-. 'amount ,to;beipaid'tod�the `undersigne& for each{calendar day -that
the.work;contemplated remains, incompleta+ beyond: the .time. set forth„ Sundays: and'
Holidaym.INCLUDEff
Thi's�amount,is.agreed-"upon;aaSthe,proper measure of liquidated' -damages which the:
owner, will'. sustains,per: day.`by'tfailurei of., -the -,'undersigned tot complete: the work at, the
stipulated time, and s not to be construed in. any,sense as.a:penalty -
t s < `xF s. o� ?.,t ,`.b `ie+ �• is-<! r.. y. -ak -t' Yn { s s ,A � .. by .� �*.y x
k.+r2'xS '3` r.5ji,
w ��. vz 3;ir� e"i.f3.i .4: }k� �atif bLLl fb4 , "'f r , ;. �,.. { r.$��t.3'•.. a z �.. ., n r #<a .� "a, t v wrt L
x +r t t 1
h �
� ; •^off t Hl .yr� � 6Y { ^. � s.n E r 3 , "
i s1 •r. i r' -?�° � °�s•^�' �{ t'-'•HMV 1 r C xt i �i x r � r x i -.
ay4
t5 t�°wts�'..°�¢tgcf��r�iri �-§s �`+€i ��-•r^+4t �� q
?
�.y' i�it<+'' }"� q*}t -1��? L'Y�y...£ � ,r _Y ,Fl.,s3 J l '�ti t2 k 6 K �, ✓
y-e-•h e t, g y.� S�rj -y -s Ar iy n. e 7
PROJECT #31061296, r PAGE 4 OF 4'.'
BID; 11:21 REROOFING AT.:'DENTON' ELECTRIC- PRODUCTION PLANT:
CITY OF'DENTON ,
DENTON,,.TEXAS
I .(or wa)..,'agree"_fo piiisiptly ,furnish a=correct and
dicate
partn„�urrent::financial:.'statement of.
coddition.vrith list of"ovnad equipment -and ea:`experience<;eeordrof.:completed-
projectsttfor examination by orner aad architect, if same is required
�'RESPE Y�SUBMITTE
SEAL (If by Corporation)r',px D BY.
-• r z -,n sx� Fzj, r 1 Y.` 3 �
ores".i denf
t �
F� utfiweTls Road
aw ,�. > Jr +s� ♦„Y-j _s£�' f " �ppj(Eg _ -
I.as ,z TeX is< 75229xIs
-
Inif ( )Partnership 1 ( )Corporation ) Sole vm Oert
If`a ership,"list names»and addresses of.partnara':<
r e
Y'
x ,xr �i_
If.rror oration, °iadicatehetata in which corporation vas organized and is exi"sting;.
e as.
Principal 3todcholdera(Name aad Addreaa)
Steve, L Wetis{ter 2419 Southwel'11 Road; Oal las, TExas 7522,9
} - 4 h%
..`.1...g't�+:.,.x'�{,'`2,a{+±.dP .,a. .,.., ... a
a ri �� lix., �<f, g5 ':,45'� E A�.e tS .•," =:_ �ta,� t t j.:.F _f: t• �
c.t .�+�.. ., r.RrsYt. �'_ .,iaEr. �i�,.. ).a l��'S.,C .._a,,,: '� ...«L-,-�-i.s .r _.•.._ ..._- �. _... r e...�.. ...e ...n .. ... .
PRODUCER
Al Boenker Insurance
Ins Hwy
6016 Jacksboro
THIS CERTIFICATE Ef I$SU!D AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DONE NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
r Fort Worth, Tx 76135
COMPANIES AFFORDING COVERAGE
•
WANY A
COMPANY
LETTER
INSURED
Steve Webster
2419 Southwell
COMPANY C
Dallas, Tx 75229
CEOMMPPA Y p
COMPANY
LETTER
•
THIS 18 TO CERTIFY THAT POLICIES OF INSURANCE LOTTED BELOW HAVE BEEN IBSUECTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOOINDICATED;
NOTWITHSTANDING ANY RCOUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUBO OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE. POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONOF
I TIONS OF SUCH POLICIES.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
DATE EFFECTIVE
DATE DdMi06'TYI
POLICY MIDDy )
DATE (MVATMYI
LIABILITY LIMIT$ IN THOUSANDS
•; e.,;, - :.U�QNCE
AGGREGATE
GENERAL
LIABILITY
COMPREHENSIVE FORM
INNJJURv
$
$
PROPERTY
DAMAGE
$
$
PREMISESIOPERATIONS
UNDERGROUND
EXPLOSION S COLLAPSE HAZARD
PRODUCTBICOMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
COMBINED
$
$
BROAD FORM PROPERTY DAMAGE
PERSONA INJURY
-
PERSONAL INJURY
$
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRIV. PASS.)
AL OWNED AUTOS � RPPSS. J
HIRED AUTOS
NDN-0OWNED AUTOS
�
BmY�q
NMIT
NEAPE"
Wxy
KLqy
JPEA ,�Frrtl
$
$
o- 't
DAMA06TY
$
GARAGE LIABILITY
Ba22 911
-23-90
7-23-91
q
'J
DI a FD
COMBINED
$ 500
EXCESS LIABILITY
i
UMBRELLA FORM
OTHER THAN UMBRELLA AM
IN & PO
NeD
$
$
WORXBRS' COMPENSATION
STATUTORY
s' fX�.
d1'yx;yL
$ (EACH ACCIDENT)
AND
EMPLOYERS' LIABILITY
$ (OISEASEJgIICY LIMIT)
$ (DISEASE -EACH EMPLOYEE)
OTHER
l
' DESCRIPTION OF OPERATIONS&OCATIONSNEHICLEWSPECIAL ITEMS
y.CERTIFICATE HOLDER
L
City of Denton
s Munici al B 'ldi
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE !X.
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
p ui ng MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Denton Tx 76201 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
F n• wv vum unn..e... ......,,..�.. — —.... --
__.'_